Shoreline Mapping of Porcher Island in Northern B.C.

Solicitation number F5211-190420

Publication date

Closing date and time 2019/10/18 13:00 EDT


    Description

    ADVANCED CONTRACT AWARD NOTICE

    TITLE: Shoreline Mapping of Porcher Island in Northern B.C.

    ACAN:

    The purpose of this Advance Contract Award Notice (ACAN) is to signal the government’s intention to award a contract for these services to Coastal and Oceans Resources, 759A Vanalman Ave, Victoria, B.C., V8Z 3B8. Before awarding a contract, however, the government would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this Notice, by submitting a statement of capabilities during the ACAN posting period.

    If other potential suppliers submit a statement of capabilities during this ACAN posting period that meets the requirements set out in the ACAN, the government will proceed to a full tendering process on either GETS or through traditional means, in order to award the contract.

    If no other supplier submits, on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a contract will be awarded to the pre-selected supplier.

    INTRODUCTION:

    Porcher Island, near the Port of Prince Rupert, south of Chatham Sound, is an important ecological, cultural and economic area vulnerable to potential oil spills. To be adequately prepared for the event of an oil spill, the most current and up to date biological and environmental information is essential.

    BACKGROUND:

    Identification of ecologically, economically and culturally important resources is an important part of marine spatial planning, conservation and emergency preparedness. One way to identify those resources is through ShoreZone habitat mapping which can provide valuable environmental and biological information over large scales and areas such as Porcher Island south of Chatham Sound and the Port of Prince Rupert.

    OBJECTIVES:

    Habitat Mapping will be completed for Porcher Island and other areas south of Chatham Sound providing a comprehensive set of spatial data for a region vulnerable to oil spills and other anthropogenic stressors.

    WORK REQUIREMENT:

    The work proposed is to map existing imagery in Northern BC, around Prince Rupert. It is intended to complement and extend the work Coastal and Ocean Resources Inc. (CORI) has completed as part of the DFO OPP Coastal Environmental Baseline program and work completed for the Prince Rupert Port Authority, the Metlakatla First Nation, the Gitxaala First Nation, the Nisga’a Lisims Government, the BC Ministry of Environment, Pacific Northwest LNG and Nexxen. It will also dovetail work CORI is currently under contract to complete for the Coastal Environmental Baseline program and work previously completed under contract to DFO Science in support of the IRP program. This includes imaging, mapping and ground station surveys around the Prince Rupert Port area.

    TASKS AND DELIVERABLES:

    Taken from prior Shorezone Imagery of the area, 656 km of new habitat mapping will be completed. All mapping will be done in accordance with the most recent ShoreZone protocol (Cook et al., 2017).

    Deliverables:

    • A geodatabase with all physical and biological attributes linked to specific segments of the shoreline (units) will be created. The goal would be to eventually amalgamate all BC habitat mapping data with the full ShoreZone dataset made available to the public.
    • Initially posting a subset of physical and biological attribute shapefiles on the Coastal and Ocean Resources ArcGIS site making them accessible to the public. All attribute shapefiles and the geodatabase could be made accessible on a third party and/or government website at a later date as desired by the client.
    • The full geodatabase would initially be made available for download online through the Coastal and Ocean Resources website.
    • A summary report that provides analysis and statistics for a subset of the physical and biological attributes. Previous summary reports are posted on the NOAA ShoreZone website and can be accessed there.

      The data used to create this product, the ArcGIS layers and all completed products of this contract (geodatabase, habitat mapping and summary report) will be provided to DFO and be uploaded to the Contractor’s web site by not later than March 31, 2020.

      MANDATORY CRITERIA:

      The minimum essential requirements are:

      1. A minimum of 12 years’ experience in interpretation of oblique, aerial video and still imagery according to the published 2017 ShoreZone protocol; and

      2. A minimum of 12 years’ experience completing habitat mapping according to the published 2017 ShoreZone protocol; and

      3. Ability to create and add to the existing geodatabases of ShoreZone and create summary reports consistent with ShoreZone method

      4. Ability to post the final GIS products openly available to the public on the web and to site in a format consistent with Coastal and Ocean Resources ShoreZone ArcGIS and the work already completed; and

      5. The Contractor must confirm that once completed that mapping products, geodabase and summary reports are permitted to be shared by DFO to other groups, First Nations, and the public without restriction; and

      6. Ability to complete the work, in the required time period.

      ESTIMATED VALUE

      The total value of the contract shall not exceed $71,176.00 excluding all applicable taxes for the firm period from contract award to 31 March 2020. One (1) subsequent Optional Year is estimated at $20,000.00 which will happen from 1 April 2020 to 31 March 2021.

      SECURITY REQUIREMENT

      The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer/Supply Arrangement, hold a valid Designated Organization Screening (DOS) with approved Document Safeguarding at the level of PROTECTED A and PROTECTED B, issued by the Canadian Industrial Security Directorate, Public Works and Government Services Canada.
      The Contractor/Offeror personnel requiring access to PROTECTED information, assets or work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).

      The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store PROTECTED information until the DFO or the CISD/PWGSC has issued written approval. After approval has been granted or approved, these tasks may be performed up to the level of PROTECTED B, including an IT Link up to the level of PROTECTED B.
      Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the DFO or the CISD/PWGSC.

      TRADE AGREEMENTS APPLICABILITY OR OTHER OBLIGATIONS:

      No Trade Agreements apply.

      GOVERNMENT CONTRACTS REGULATIONS EXCEPTION AND LIMITED TENDERING REASONS:

      The following policy requirements are applicable to this ACAN process:

      Applicable Exceptions to Soliciting Bids under the Government Contracting Regulations (GCRs) (Section 6):

      Section 10.2.1 Section 6 (d) only one person or firm is capable of performing the work applies to this ACAN for the following reasons:

    There are no known alternative sources of supply. It is feasible and affordable to compete the requirement.

    CONTRACT PERIOD:

    The period of the contract is from contract award to 31 March 2020 inclusive.

    SUPPLIER’S RIGHT TO SUBMIT A STATEMENT OF CAPABILITIES:

    Suppliers who consider themselves fully qualified and available to provide the services described herein, must submit a Statement of Capabilities in writing to the Contracting Officer identified in this Notice on or before closing date. The Statement of Capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    CLOSING DATE FOR SUBMITTING STATEMENT OF CAPABILITIES:

    18 October 2019 at 2:00 p.m. (ADT)

    Inquiries and statements of capabilities are to be directed to:

    Michael Peters

    Senior Contracting Officer – Contracting Services

    Procurement Hub – Fredericton

    Telephone: (506) 429-2359

    Email: DFOtenders-soumissionsMPO@dfo-mpo.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Peters, Michael
    Phone
    506-429-2359
    Email
    DFOtenders-soumissionsMPO@dfo-mpo.gc.ca
    Address
    301 Bishop Dr
    Fredericton, NB, E3C 2M6
    CA

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: